Scope
Reference
WWU1519
Description
WWU has a requirement for the hire of component cleaning systems for an indefinite time period, and provision of environmental waste removal services, which must include cleaning solution removal, cleaning solution disposal, and replacement of cleaning solutions.
The machines are used daily to clean the majority of WWU owned tools and equipment that the Workshops department maintains. These machines are used roughly between 10 and 20 times a day in our busier workshops which deems the equipment quite critical to the level of service workshops provide.
A few examples of equipment cleaned below;
• Pavement saws / individual parts.
• Road breaker internal components.
• Rockdrill internal components.
• Flow stop / drilling equipment.
• Pneumatic window cutters.
• Trench rammer components.
Contract 1
Supplier
Contract value
- £343,847 excluding VAT
- £429,809 including VAT
Above the relevant threshold
Earliest date the contract will be signed
30 January 2026
Contract dates (estimated)
- 31 January 2026 to 30 January 2030
- Possible extension to 30 January 2036
- 10 years
Description of possible extension:
Four Years (4) with the option to extend by three (3) consecutive 24-month periods (10 years total possible term).
Main procurement category
Services
CPV classifications
- 42995000 - Miscellaneous cleaning machines
- 90910000 - Cleaning services
Contract locations
- UKJ - South East (England)
- UKL - Wales
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Direct award
Special regime
Utilities
Direct award justification
Additional or repeat goods, services or works - extension or partial replacement
a) A change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works.
We currently have a supplier who offers the servicing of the machines and waste collection as a package. In my experience, there isn't any other suppliers that can offer these two options as a package, this meaning we would need to have two separate suppliers (servicing and waste). The current provider serves WWU well, and this is always highlighted when we have environmental (internal and external) audits. Moving away from this service would be a backward step for the business.
b) The difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance.
There would be a significant difference or incompatibility in disproportionate technical difficulties in operation or maintenance due to the above comments. E.g., other suppliers would only service the machines. This would mean workshop staff then having to safely store the waste product, then arranging testing the waste for contaminates, then arranging a collection with a separate waste company. Then have to include COSHH training / assessments for workshop managers and staff, where this is all being managed by the current provider.
Supplier
SAFETY-KLEEN U.K. LIMITED
- Companies House: 01190039
- Public Procurement Organisation Number: PVCW-5191-CDGX
Profile West
Brentford
TW8 9ES
United Kingdom
Email: rebecca.parker@safetykleen-int.com
Website: http://www.safetykleen.co.uk
Region: UKI75 - Hounslow and Richmond upon Thames
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Contract 1
Contracting authority
Wales & West Utilities Limited
- Companies House: 05046791
- Public Procurement Organisation Number: PMVL-3238-DQDX
Wales & West House
Newport
NP10 8FZ
United Kingdom
Email: wwuprocurement@wwutilities.co.uk
Website: https://www.wwutilities.co.uk/
Region: UKL21 - Monmouthshire and Newport
Organisation type: Private utility